Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
SOLICITATION NOTICE

Z -- Repair of road and sidewalks at Fort Detrick (Wood & Ware Streets)

Notice Date
11/27/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH12R0013
 
Response Due
12/11/2012
 
Archive Date
1/26/2013
 
Point of Contact
Samantha L. Connors, 301-619-6979
 
E-Mail Address
US Army Medical Research Acquisition Activity
(samantha.l.connors@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Army Medical Research Acquisition Activity in support of the US Army Garrison has a requirement to repair the road at the corner of Wood and Ware Streets at Fort Detrick, Maryland. The project includes but is not limited to the following tasks and incidental related work: a. Existing pavement is approximately 6 inches thick. Existing area of removed pavement is approximately 11'-6 quote mark x 18'-0 quote mark x13'-0 quote mark. Contractor shall remove the existing stone that was used to fill in the area and return the stone to the Government. Contractor shall neatly cut edges to create an even repair. b. Contractor shall provide new compacted stone sub-layer and new asphalt per paragraph 1.2 in the Specification below. c. There is a water valve box that the contractor shall adjust as required so the top of the box is level with the new pavement. d. Contractor shall cut the existing sidewalk and curb & gutter at the joints. e. New concrete sidewalk and curb & gutter will be approximately 4'-0 quote mark x 21'-0 quote mark. Concrete shall be 3000 PSI air entrained concrete with a maximum 6 inch slump. Sub-base for the sidewalk shall be 4 to 6 inches of compacted stone. New sidewalk shall have 6x6 WWM embedded in the new concrete. New curb & gutter shall match existing. f. There is an existing hole approximately 5'-0 quote mark to 6'-0 quote mark wide x 20'-0 quote mark long and 3'-0 quote mark deep that the contractor will backfill, and compact. Backfill material shall be free from roots, debris or stones larger than 3 inches and placed in 8 to 10 inch lifts and compacted. Area to be seeded shall be raked to remove stones and debris to a depth of 2 inches and seeded. Grass seed shall be Kentucky 31. g. Existing Jersey barriers and cones belong to the Government, and the contractor shall move them to access the work area. The Jersey barriers may be placed on the grass area next to the work site. The COR will make arrangements to have the Jersey barriers removed by the Government from the grass area. Sidewalk and associated hole shall be protected with orange fencing until sidewalk is completed. This requirement is a 100% Small Business set aside for offerors operating under the NAICS code 237310, with a size standard of $33.5 million. Small business status will be verified via the Small Business Administration. Proposals received from concerns that do not qualify as a small business shall be considered nonresponsive and shall be rejected. However, before rejecting a proposal otherwise eligible for award because of questions concerning the small business representation associated with the above NAICS code, an SBA determination shall be obtained. Solicitation number W81XWH-13-R-0018 is anticipated for release to the vendor community on or about 27 November 2012 and proposals will be due on or about 11 December 2012. The magnitude of this requirement is below $25,000. A site visit will be held; the date and time of the site visit will be stated in the solicitation. No hard copies of the solicitation will be issued by the contracting office. The competitive solicitation, solicitation amendments, and all questions and answers related to this procurement shall be made available via the Internet at https://acquisition.army.mil or https://www.fbo.gov. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors MUST be registered with the System for Award Management at http://www.sam.gov. Telephone requests will not be honored and bidder lists will not be maintained. Potential offerors are required to direct all questions via email to SAMANTHA.L.CONNORS@US.ARMY.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12R0013/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02937504-W 20121129/121127234252-7027be99ed236fae5a5372267b560326 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.